RES 2004-0847 - PO to All Truck Equipment for systems otkAHA,i,4,
� � Public Works Department
rlirgtR^ Omaha/Douglas Civic Center
n® l„Ar"1! a July 13, 2004 1819 Farnam Street,Suite 601
Omaha,Nebraska 68183-0601
* (402)444-5220
.1TEn FEBO)t'��ry Telefax(402)444-5248
City of Omaha Norm Jackman;P.E.
Mike Fahey,Mayor • Acting Public Works Director
Honorable President
and Members of the City Council,
Transmitted herewith is a Bid Tabulation and a Resolution authorizing the Purchasing Agent to
issue a Purchase Order to All Truck Equipment on the bid for the purchase of 3 interchange
systems, dump bodies, hopper spreaders, plows and hydraulic systems to be utilized by the Street
Maintenance Division.
The following bids were received on April 21, 2004.
Contractor Total Bid
Omaha Standard Truck Equipment Co. $154,833.00
ALL TRUCK EQUIPMENT $158,508.00 (RECOMMENDED BID)
The Public Works Department has reviewed the bids received and recommends award be made
All Truck Equipment due to the fact that the apparent low bidder, Omaha Standard Truck
Equipment Co., failed to meet bid specification requirements as detailed in the attached bid
rejection letter.
A copy of the bid documents is on file and available for inspection and review in the City Clerk's
office.
The Contractor has on file a current Annual Contract Compliance Report Form (CC-1). As is
City policy, the Human Relations Director will review the contractor to ensure compliance with
the Contract Compliance Ordinance.
The Finance Department is authorized to pay the cost of the purchase of 3 interchange systems,
dump bodies, hopper spreaders, plows and hydraulic systems from the Street Maintenance
Equipment Organization 116157, Street and Highway Allocation Fund 12131, year 2004
expenditure.
Honorable President
and Members of the City Council
Page -2-
The Public Works Department recommends the acceptance of the bid from All Truck Equipment
in the amount of $158,508.00, being the lowest and best bid received, within the bid
specifications, and requests your consideration and approval of this Resolution.
Respectfully submitted, Referred to City Council for Consideration:
-�
orm Jackman, P.E. 'y� Date yor suffice Date
^'1
Planning Director
Approved as to Funding: Approved:
Carol A. Ebdon '///"' a Date `Gail Kinsey Th mps n Date
Finance Director Human Relations Director
P:\PW2\2179sap.doc
I- W
- -c.t.‘"%;i1Th Z U
Z
a It% •
I- W
-•- .4._ ,
---_7_ �•_ H U
sit �$ 716 ? � O : 1
"O�
.e .\ U
D a.
- - Z U
---.. .. e) L--- Lii
Z (-)-E- ' -gilt . ,
"--- 4-t3-(.. .z: a_ 14111alk"'N:
•
` �� c�
_Lr In
M
` m X
GI _ m 1.Q
o >
m Q v = a)
o 5 ft...0
.` p c� m ° o
CO •
o
N �
= Ca = „ ! o c
O
E 0 a a v U
Z
0 En O W
O 1 "Tv i a
() N C
p �- O J 0
co 0
U 2 u- t07 a
= O z O o i
0. Z Q Z 0
O = 0 o
H U aT c c
coZ O O N 2 a)
Q Z �? . n � = cr)
F- 0 < 0 ca 0
-- l.11 T Ur VIYIH(1'\ 1'" I 1
t I.
REQUEST FOR BID AND BID SHEET
ON: INTERCHANGE SYSTEM-DUMP BODY,HOPPER,SNOW PLOW AND HYDRAULIC47
t Published April 7,2004
FROM: P.M. Burke
City Put
chasing Agent
NOT AN ORDER Page 1
1003 Omaha-Douglas Civic Center
1819 Farnam Street BID B'C3ND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT
Omaha, Nebraska 68183-0011 OF 5% IF THE TOTAL AMOUNT FOR THE ITEM
• •OFFERED IS 520,000 OR MORE. •
Bid Closing Date
11:00 A.M. April 21,2004
IMPORTANT 4. If Federal Excise Tax applies,show amount of same and deduct.
Exemption certificates will be furnished. Do not include tax in bid.
1. Bid must be in the office of the CITY CLERK,LC-1,OMAHA-DOUGLAS CIVIC CENTER,
1819 Famam Street,Omaha,NE 68183-0011 by the closing date and time indicated.
in a sealed envelop marked BID ON: 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES.
INTERCHANGE SYSTEM-DUMP BODY,HOPPER,SNOW PLOW AND HYDRAULIC
- 6. When submitting bid on items listed,bidder may on a separate sheet,make
2.As evidence of good faith a bid bond or certified check must be submitted with bid. suggestions covering reduction in costs wherever this is possible through
FAILURE TO DO SO IS CAUSE FOR REJECTION. redesign,change of material or utilization of standard items or quantity change.
3.Right is reserved to accept or reject any or all bids in their entirety and the bidders shall 7. If you do not desire to bid,return sheets with reasons for declining. Failure to do so
have the right to appeal any decision to the City Council. Right is also reserved to will indicate your desire to be removed from our mailing list If you desire a copy of
accept or reject any part of your bid unless otherwise indicated by you. tabulation,check[
PLEASE DO NOT CALL FOR THIS INFORMATION.
Quote your lowest price,best delivery and terms, F.O.B.delivery point on the item(s)listed below:
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
3 each Units to be installed on 35,000 GVW chassis & cab, 96" cab to
axle. This specification is divided into the following sections:
B-1: Interchange and Hydraulics 9 pages + 1 drawing
B-2: Dump Body 6 pages + 1 drawing
B-3: Hopper Spreader 7 pages + 1 drawing
B-4: Plow 3 pages + 2 drawings
BID PER UNIT $ 4:2,2 3 ' L-`"
. TOTAL BID $ /S3al C.:)i . `i1'
(Bid Per Unit X 3) (5% Bid Bond to be
based on this amount)
Questions regarding this bid to Dave North at(402)660-3215.
NOTE: REQUIREMENTS FOR BID OR PERFORMANCE BOND
The surety company issuing the bid bond or the performance bond should be licensed by the State of Nebraska and
listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified check, an
official bank check, or cashier's checks drawn on a national bank or a bank chartered under the laws of the state,
payable to the city, or lawful money of the United States, or a United States Government Bond (negotiable) are
acceptable substitutes for bond requirements.
All contractors can obtain a current City of Omaha Certified Protected Business EnterpriselCertified Business Enterprise(PBEIDBE)listing from the City of Omaha website at
www.d.omaha.ne.us. Click on'DEPARTMENTS':Click on'HUMAN RELATIONS':Click on'PBEIDBE CERTIFIED LISTINGS'.
All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Relations Department the
Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the Human Relations Department. Any questions regarding the
Contract Compliance Ordinance or PBEIDBE Listings should be directed to the Human Relations Department at(402)444-5055.
* Refer any questions regarding the BID or SPECIFICATIONS directly to the Purchasing Department(402)444-5400 or as shown on bid.
(PLEASE PRINT LEGIBLY OR TYPE) /-.
\ ? -- � 5 `c. In rporated fn /.. 1.----.
Payment Terms � % N �• _ Firm I-1 l l � �-- - � L i'— �>" � �
// / 1
[ 1 •�;* Signature r /� ° �.r '7: - `--
Delivery(or completion) Name ` ! '� �� I c'
c/ 61014 ' FaxV`. J _'/ .74 7
.1� i. `7 calendar days following award Title `�4:. t 4 � Phone `,I, I
Address .) 7 ) ‘/ t„ ..1"--7..--- L ' f j 1 r.v/1 State Zip -) ,-��
StreeUP.Orr. Box • City/- I t
`^.L 1-\: `�i`. i\tt. . n 1r.i l' /1-4 £ ..1pv1,'1 /�, L i »/1 I '
Email Address Y
} T
f.
November 2003
B-1
SPECIFICATIONS
FOR
SPREADER/DUMP BODY
AND INTERCHANGE SYSTEM
GENERAL: INTERCHANGE SYSTEM
The vehicle to be the latest current model of standard design manufactured, complete with all
standard equipment, tools and warranty. Bidders are to supply full description and descriptive
materials on unit bid with the proposal. Vehicle must comply with current provisions of the
National Traffic and Motor Vehicle Safety Act.
Interchange system , Spreader and/or Dump Body shall be designed for use with single axle,
35,000 G.V.W. chassis and cab with axle measurement of 96 inches. Dump body, hoist, hydraulic
pump, hydraulic power drive, interchange spreader and controls to be of the latest current models
manufactured. Bidders are to supply full description and descriptive materials on unit bid with the
proposal.
It is the intent of these specifications to provide a compatible unit with a Interchange system to
include dump box and hopper spreader and a load sensing hydraulic system. The system shall be
capable of operating without loss or gain of power when the plow, dump body at the same time. It
is the successful bidder's responsibility to provide and install this type of unit. Unit furnished shall
have the capability to lower box and plow without engine running.
Meet Specification-Please indicate-(if other explain on comment line).
1. TYPE: INTERCHANGE SYSTEM AND HYDRAULIC SYSTEM
Shuttle System shall be completely powered by hydraulics and shall be designed to load and unload
different Bodies or Beds.
As per the following manufactured multi-purpose Interchange System or equal.
Yes No Other A. SHUTTLE:
A. Maximum Lift Capacity: 24,000 lbs. Evenly distributed.
B. Container Length: To be able to handle Beds and Boxes
from 10 foot to 14 foot.
C. Dumping: Must be able to dump at 54 degrees.
D. Height of Loader: Loader height not to exceed 9" as
measured from top of truck frame to top of loader rollers.
E. Hook Height: 54- inches from bottom of skid rails to
• centerline of hook bar. Loader must be able to pick up
body 10-inches below grade when mounted on a truck
with a 39" frame height.
1
t t
•
r
Spreader Dump Body Interchange B-1, Street ,
Page 2 of 9
Yes No Other
�C F. Tilting Hook Assembly: Loader must have pivoting type
front tilt section (jib) to provide a low degree loading/unloading
angle. Hook to include automatic mechanical safety
latch, which disengages only when the container/body is
in proper position to be picked up or dropped off.
G. Tilt Cylinder: Single 4-inch bore with 2-inch diameter
rod cylinder. Cylinder must be double acting and
include dual integral pilot-operated counterbalance
valves to prevent cylinder collapse in case of hose
failure.
H. Tilt Section Operation: Loader must include a hydraulic
lockout device to prevent operation the tilt section
while loader is in the dumping mode.
I. Lift/Dump Cylinder: Single 6-inch bore with 2-1/2 inch
diameter rod cylinder. Cylinder must be double acting
and include dual integral pilot-operated counterbalance
valves to prevent cylinder collapse in case of hose
failure.
J. Dump/Tilt Interlock: Dumping must be accomplished
through a rear pivot. Tilt and lift sections must lock
into a rigid full-length 25"-wide frame to provide
support for the container while in the dump mode.
These sections form this frame without the use of
mechanical latches, which rely on gravity, springs, of
container/body mounted latches.
h K. Rear Body Hold-downs: Dual fixed-position hold down
devices mounted to the dump frame to secure the body
to the loader through all ranges of the dump mode.
This must be accomplished without the use of steel
springs and/or hydraulic/air cylinders.
L. Rear Dump Hinge Pin: 2-1/2-inch diameter hardened,
chrome-plated steel minimum.
M. Pins &Bushings_ All pins to be hardened, chrome-
plated steel. All bushings to be of the permanently
lubricated variety.No grease zerks allowed.
N. Hoses & Hydraulic Fittings: All hoses and fittings are to
be SAE.
9
r ;
•
� � I
Splieader Dump Body Interchange B-1, Street
Page 3 of 9
' Yes No Other
O. Tipping angle, dumping position to rear of vehicle 54-
degree minimum.
Other or Comment
Yes No Other 2. WELDING
A. All joints and seams shall be fully welded inside, outside,skip
welding not acceptable.
Other or Comment
Yet No Other 3. HYDRAULIC PUMP DRIVE
lC A. The hydraulic system shall provide hydraulic power for the
operation of shuttle system hoist,hydraulically driven material
spreader, snow plow lift, dump body and snow plow swing.
B. The hydraulic system shall be set to operate at 1500 to 4200 P.S.I.
as required.
C. Shall be protected with a pressure relief valve.
D. All components of hydraulic system shall be rated to withstand
all pressures encountered.
E. Must have manual hydraulic dump valve mounted on plow frame
to release hydraulic pressure from plow back to tank so you can
hook and unhook hydraulic hoses.
F. Hydraulic pump shall be front of engine,crankshaft driven. Drive
line from front of engine to hydraulic pump shall be of tubular
construction with slip yoke. It is very important that the drive
line be balanced and aligned properly to eliminate vibration.
Other or Comment
Yes No Other 4. HYDRAULIC PUMP
A. Hydraulic pump shall be load sensing type or approved equal,
designed for continuous operation capable of delivering up
to forty-two (42) GPM upon demand contingent on pump
R.P.M. To be front engine mounted to crank shaft.
Other or Comment
3
•
t t
Spreader Dump Body Interchange B-1, Street
Page 4 of 9
Yes No Other 5. RESERVOIR
A. Shall be combined assembly. To be component Technology or
Force part approved equal,to be mounted behind cab on right
side.
B. Must have minimum of 16"ground clearance and must be able to
fill hydraulic tank with the box in the down position.
C. To have low oil indicator in tank and a light on dash in drivers
view. •
D. To have dry compartment for control valves.
E. It shall be the responsibility of the successful bidder to install
spreader control system and to demonstrate compliance of
these specifications.
Other or Comment
Yes No Other 6. CONTROLS
A. Cut out cover for flow control adjustment to be located on
hydraulic tank end.
B. Rexroth MP18ZFCSOL3PB-FCSOL4-FCSOL3PB-SOL3 valve
(or equivalent to) with flow control on each section priority flow
on first section only.
C. Plow lift manual palm button overrides on three sections.
D. Five (5)section valve assembly.
E. Valves to be located in dry compartment in hydraulic tank with
easy access.
F. Control console to include spreader control,Model Spreadrite
GL 400 or Force 5100 or approved equal,plow switches,dump
box switch, strobe light switch,print out port, spinner light switch
wiring harness with quick disconnects at console.
G. Spreader control shall be automatic, coordinate conveyor speed
with the speed of the vehicle and sense differences in speed of
vehicle and make corrections in the conveyor speed, thereby
automatically maintaining a uniform delivery of materials
regardless of the vehicle speed, at both spinners.
H. The spreader control system must be capable of maintaining the
desired amount of material delivery from 200 pounds per lane mile
up to 800 pounds per lane mile plus or minus five percent(5%).
I. Spreader control console shall be dash mounted in cab of vehicle,
within easy reach of the operator. (Not to be mounted on top of
dash).
4
Spreader Dump Body Interchange B-1, Street
Page5of9
Yes No Other
J. Shall have spreader control software.
Other or Comment
Yes No Other 7. SUCTION LINE
A Suction line from oil reservoir to hydraulic,pump shall be two(2)
inch I.D. SAE-100-4.
B. Shall be clamped with heavy duty bolt type clamps, shall be
fastened to truck frame at three foot spacing with steel clamps,and
they shall not compress or kink hose.
C. Shall be weatherhead H039. (NO EXCEPTIONS)
Other or Comment
Yes No Other 8. RETURN LINE
A. Control valves return line to oil reservoir shall be one and one-
quarter(1 1/4) inch ID. Single wire braid SAE-100-R1. Shall be
weatherhead H100 Rl. (NO EXCEPTIONS)
Other or Comment
Yes No Other 9. HYDRAULIC PRESSURE HOSES
A. All hydraulic pressure hoses shall be a minimum of two (2)wire
braid,with a bursting pressure of four(4)times the operating
pressure.
B. All hydraulic hoses to have high pressure swivel couplings each
end.
C. Pressure hoses from control valves to snow plow lift and swing
cylinders shall be one-half(1/2) with ID and shall extend twelve
(12) inches beyond left exterior side of grille assembly and shall
be capped.
D. Pressure hoses shall be securely fastened to inside of truck frame
at three (3) foot spacing with rubber covered steel flanges.
�( E. Shall be weatherhead H425. (NO EXCEPTIONS)
F. Pressure hoses from control valves to dump body lift cylinders
and Spreadrite remote control valve shall be three-quarter(3/4)
inch I.D.
5
•
Spreader Dump Body Interchange B-1, Street
Page6of9
Yes No Other
G. Pressure hose from hydraulic pump to control valves shall be one
(1) inch I.D. and shall be securely fastened to the truck frame at
three(3) foot spacing with rubber covered steel clamps.
Other or Comment
Yes No Other 10. ELECTRICAL
A. Electrical power for all Rexroth electrical control valves shall be
run in one-half(1/2) inch flexible liquid-tight conduit and shall be
fastened with ninety(90) degrees liquid tight connectors at control
valves and left front of firewall on truck cab.
B. Power feed to control valve switches shall be from an IHC twenty
(20) amp circuit breaker. Twelve(12) gauge wire size for power
feed from battery terminal to solenoid.
C. All body clearance lights, cluster and reflectors to be furnished,
installed and connected to comply with current provisions of
Federal regulations.
D. All wiring to be run in plastic loom and
securely fastened to body.
E. Wire all strobe lights into spreader
control console.
F. If tail lights are removed, they are to be reinstalled and wired at •
end of frame.
Other or Comment
Yes No Other 11. MOUNTING
A. Mounting of hydraulic pump drive,hydraulic pump, reservoir,
dump hoist, dump body, hopper, spreader,plow,and
all hydraulic components to the City of Omaha furnished truck
chassis shall be accomplished by the successful bidder,cost of
which shall not be paid for directly,but shall be considered
incidental to the bid price. Unit shall be mounted locally,within
twenty(20) days from delivery date of truck chassis.
S_ B. All mounting bolts shall be heat-treated grade eight(8) minimum.
C. All bolts used for manufacture and mounting shall meet S.A.E.J
429 specifications.
D. All mounting bolts shall be drilled.
E. Truck frame flanges shall not be drilled or welded for mounting
• spreader/dump body components to truck frame.
6
a
Spreader Dump Body Interchange B-1, Street
Page7of9 ,,
Yes No Other
F. Hydraulic oil reservoir, exterior and dump body shall be
thoroughly cleaned (sandblasted)to remove weld slag, splatter,
mill scaled, and rust.
Other or Comment
Yes No Other 12. PAINTING
A. NOTE: Solvent test must be performed to-check integrity of
primer coat from the factory. Take a lacquer thinner soaked rag
and rub the primer. If the primer is softened or removed, follow
guidelines established with system A. If the primer is okay,
follow the guidelines established with system B.
SYSTEM A:
1)Remove factory primer to bare substrate.
2)Treat bare substrate with Sherwin-Williams E2-G973 Vinyl Wash Primer*, a minimum.4 mils
is required.
3)Prime the entire unit with Sherwin-Williams PSE-4600 epoxy sealer*, a dry film thickness of
2.0-2.5 mils is required. Topcoat no sooner than 30 minutes and no later than 24 hours.
4) Topcoat with Sherwin-Williams Low VOC Sunfire *. Spray to match vehicle and have a
minimum 2.0-2.5 mils dry film thickness.
5) The entire system should have a minimum of 4.4 dry film thickness.
SYSTEM B:
1) Scuff sand factory primer with a 3M-7447 scuff pad or 320 grit sandpaper.
2)Blow off and solvent clean with Sherwin-Williams W4K157* Low VOC. Solvent Cleaner.
3) Seal the entire unit with Sherwin-Williams PSE-4600 Epoxy Sealer, a dry film thickness of 2.0-
2.5 mils is required. Topcoat no sooner than 30 minutes and no later than 24 hours.
4)Topcoat with Sherwin-Williams Low VOC Sunfire*. Spray to match vehicle and have a
minimum 2.0-2.5 mils dry film thickness.
5)The entire system should have a minimum of 4.4 dry film thickness.
7
•
t, er S read DumpBodyInterchange B-1, Street
p
Page 8 of 9
• Follow guidelines outlined by the manufacturers Technical Product Data Sheets.
The above paint will be the guide lines for the Interchange System, dump box, spreader and plow.
Other or Comment
Yes No Other 13. MANUALS
T A. The following sets of manuals shall be provided with each unit
on all components of unit
Two (2)copies of maintenance and operation manuals.
Two (2) copies of parts lists on all components of unit.
Two (2) copies of hydraulic circuits.
Two (2)copies of electrical circuits.
One (1) Software and Reader to provide data from spreader control.
Other or Comment
Yes No Other 14. ADDITIONAL REQUIREMENTS
A. Must have adequate clearance between body and tires for tire
chains.
B. Must have fenders to cover rear tires.
C.No dealer decals.
D. It shall be the responsibility of the body supplier to Ziebart rust-
proof entire chassis, cab, shuttle system and dump body.
E. To furnish and install rear bumper and hitch as per attached
drawing.
F. If the units are installed outside the metro Area, a pre-delivery
inspection to be completed prior to shipping. The suppliers to
provide air fare and lodging to Vehicle Maintenance personnel
and provide ample time to complete the pre-delivery inspection
in supplier location.
Other or Comment
Yes No Other 15. TRAVEL
A. If the units are installed outside the Metro Area a Pre-delivery
inspection is to be completed prior to shipping. The suppliers
to provide air fare and lodging to Fleet Management
. personnel and provide ample time to complete the
pre-delivery inspection in supplier location.
8
1 t
Spreader Dump Body Interchange B-1, Street
Page 9 of 9
Other or Comment
Yes No Other 16.WARRANTY
A. Manufacturer's standard warranty to apply and to include one
year total parts and labor warranty after satisfactory
acceptance of the vehicle.
B. The vendor will be responsible for providing all warranty work
within the Metro area of Omaha.
A_ C. If warranty work is not available within the Metro area the
vendor will be responsible for any cost including
transportation.
JC D. The vendor will be responsible for providing all warranty
work within twenty-five driveable miles from 72nd &Dodge.
If warranty work is not available within the above described, the
vendor will be responsible for any cost including transportation.
E. The vendor must be able to provide warranty work within 24
hours of break down. If there is no local dealer the vendor
must locate and/or provide the work within the 24-hour time frame.
F. The vendor must be able to provide needed parts within 24
hours of break down. If shipping by air is needed, the
dealer will be responsible for any additional cost.
Other or Comment
Yes No Other 17. DELIVERY
A. Unit to be delivered to the City of Omaha,Fleet
Management Facility, 2606 North 26th Street, fully serviced to
recommended new vehicle specifications. If the vendor is not
in the City of Omaha area the City will not be responsible for
any cost from pickup or the delivery of any vehicle or mounted
equipment.
Bidder shall state delivery time with bid. Bid will not be considered if not listed.
Other or Comment
2003 Spreader dump body&interchange system,Street B-1
•
•
•
.. . F.:. . 77r: •••••
• ••• • ••••••••••••••••••••••••••• •• ...F.. ..".. 0 L ' 1 .
--?•••,". Dz...,
. „.... „,...._/„.„...,,, _.,./
. . .. .
. .., ,.. i \ _.
._ .
1 . •. .,___•:.:4 .47..0 .s. s. __ _ ...,,1..." ,--_ ---- •
. (:\—. .
i ..ezo,..,..zi ..--;_:-•%1 1-1, . \
•••`tic ' ••Sr 7 1 r
�1 1 { ��
• ��• 3 �� _ • c'Vf,•/ AG•- J,-.' -
_ _ _ • -
•
'- -- - . 1-.1 ,77,'--- • • . N.. . . ... .'"J .‘/ -
•
4' s _
JG��J /f Ir/,� •
ir/CZ I r�
c
I = .
,-i. .c7- ��Q/f J=%'i.7 %fir i _ . 1f. i�d� .
, - � _ _
_
� - •141 - -
February 2004
SPECIFICATIONS FOR
INTERCHANGE SYSTEM
DUMP BODY/SPREADER
AND HYDRAULIC SYSTEM
GENERAL: BOX
The vehicle to be the latest current model of standard design manufactured, complete with all
standard equipment, tools and warranty. Bidders are to supply full description and descriptive
materials on unit bid with the proposal. Vehicle must comply with current provisions of the
National Traffic and Motor Vehicle Safety Act.
Dump Body shall be designed for use with single axle, 35,000 G.V.W. chassis and cab with axle
measurement of 96 inches. Dump body;hoist, hydraulic pump, hydraulic power drive and controls
to be of the latest current models manufactured. Bidders are to supply full description and
descriptive materials on unit bid with the proposal.
Meet Specification-Please indicate-(if other explain on comment line).
Yes No Other 1..TYPE
A. Dump Body shall be completely powered by hydraulics
and shall be designed to dump to rear of vehicle during normal
operations.
B. The box shall be mounted on an Interchange-A-Frame. Frame
hook to be supplied by successful bidder.
Other or Comment
Yes No Other 2. BODY
A. Length to be 10' inside, minimum.
B. Width Inside: 9" minimum.
— C. Capacity: 5.2 cubic yard level at sides
XC D. Head: 7 gauge hi-tensile corten steel, 7 cubic yard minimum
design. Front bulkhead to be straight box design.
KE. Floor-1/4" with Hi Tensile abrasion resisting steel minimum.
Other or Comment
•
r
Interchange System Dump Body
Spreader&Hyd. System B-2 Street '
, Page 2 of 6
YES No Other 3. TAILGATE
A. Double acting removable 7 gauge hi-tensile corten steel
constru
B. If singlecte pand. el type, then it shall have three vertical braces.
C. Shall have spreader chains, release lever on left front corner of
box, 7 minimum cubic yard design. Tailgate is double-acting.
Other or Comment
Yes No Other 4. SUB-FRAME,UNDERSTRUCTURE
A. All steel constructed sub-frame shall be fastened to truck frame at
minimum of four(4) locations on each side. Note: wood sills
between sub-frame and truck frame not acceptable.
B. Outer floor supports-4" I-Beam on 12" centers,welded directly
into rub rails.
C. Gussets reinforcing floor supports to longitudinals.
D. Longitudinals- 1/4" formed channel members spaced 34" apart.
E. Dump Body shall come on an A-Frame as to load and unload
with Interchange System.
Other or Comment
Yes No Other 5. WELDING
A. All joints and seams shall be fully welded inside,outside of
dump body, sub-frame and tailgate. Skip welding not acceptable.
Other or Comment
Yes .No Other 6. CAB PROTECTOR
A. All steel constructed, 8 gauge sheet steel minimum, fully
welded and gusseted, leading edge of cab protector shall be
box type construction for added strength. Cab protector shall
protect a minimum of one-third of top of truck cab and shall be
truck frame mounted behind truck cab.
Other or Comment
• y
Interchange System Dump Body ,,
Spreader&Hyd. System B-2 Street
' Page3of6
Yes No Other 7. LIGHTS
A. To have electric back up alarm
B. One (1) Target Tech 851 strobe light with amber lens
mounted in the center of roof of the truck. Shall have
dash mounted Gush rocker style switch. The strobe
light system shall be activated and protected by a 20 amp
breaker installed in fuse box. The strobe light is only to
be activated when the ignition key is in the on position.
The system shall be protected by NAPA AR272 accessory
relay. If the vehicle is not equipped with a plug in, and
adapter will have to be used. No type of solenoid shall be
used in the system. All strobe light wires are to be protected
by plastic loom covering. Base for strobe light shall be 210846.
C. To have recessed strobe lights on the rear of the box. Both sides
to be rubber mounted and keyed switched in the cab to have one
blue and one amber lens. To be 6" oval and 2" deep. To be a
Federal Signal Corporation Signal Tech Led 607101-2
Amber and 607101-03 Blue or approved equal. Shall include
two (2) box strobe lights, one (1) 360 degree strobe light, and
one (1) -switch assembly. To include all wiring and installation.
D. Shall also include in rear strobe package, a 360-degree
amber strobe light to be mounted on the Dump box a frame
hook on a swivel bar as to tilt with the box. The switch to
control shall be installed in the spreader control console.
•
Other or Comment •
Interchange System Dump Body
3
Spreader&Hyd. System B-2 Street
Page 4 of 6
Yes No Other 9. PAINTING
A. NOTE: Solvent test must be performed to check integrity of
primer coat from the factory. Take a lacquer thinner soaked rag
and rub the primer. If the primer is softened or removed, follow
guidelines established with system A. If the primer is okay,
follow the guidelines established with system B.
SYSTEM A:
1) Remove factory primer to bare substrate.
2) Treat bare substrate with Sherwin-Williams E2-G973 Vinyl Wash Primer *, a minimum .4 mils
is required.
3) Prime the entire unit with Sherwin-Williams PSE-4600 epoxy sealer *, a dry film thickness of
2.0-2.5 mils is required. Topcoat no sooner than 30 minutes and no later than 24 hours.
4) Topcoat with Sherwin-Williams Low VOC Sunfire *. Spray to match vehicle and have a
minimum 2.0-2.5 mils dry film thickness.
5) The entire system should have a minimum of 4.4 dry film thickness.
SYSTEM B:
1) Scuff sand factory primer with a 3M-7447 scuff pad or 320 grit sandpaper.
2) Blow off and solvent clean with Sherwin-Williams W4K157* Low VOC. Solvent Cleaner.
3) Seal the entire unit with Sherwin-Williams PSE-4600 Epoxy Sealer, a dry film thickness of 2.0-
2.5 mils is required. Topcoat no sooner than 30 minutes and no later than 24 hours.
4) Topcoat with Sherwin-Williams Low VOC Sunfire*. Spray to match vehicle and have a
minimum 2.0-2.5 mils dry film thickness.
5) The entire system should have a minimum of 4.4 dry film thickness.
• Follow guidelines outlined by the manufacturers Technical Product Data Sheets.
Other or Comment
Interchange System Dump Body
4
Spreader&Hyd. System B-2 Street
Page 5 of 6 '
Yes No Other 10. MANUALS
A. The following sets of manuals shall be provided with each unit on
all components of unit.
Two (2) copies of maintenance and operation manuals.
Two (2) copies of parts lists on all components of unit.
Two (2) copies of hydraulic circuits.
Two (2) copies of electrical circuits.
Other or Comment
Yes No Other 11. ADDITIONAL REQUIREMENTS
A. To have ladder on both sides of box (See Prints).
_- B. Built in dual safety dual bar to support dump body in up-position
while making repairs.
C. Must have adequate clearance between body and tires for tire
chains.
D. Must have rear fenders to cover tires.
E. Body to be equipped with flexible-type mud guards on rear on
body and 1/4" steel plate mud guards,minimum of 28" long.
XF. No dealer decals.
Other or Comment
Yes No Other 12. WARRANTY
A. The successful bidder shall warranty all components of the
Dump Body for one full year from date of satisfactory
delivery. The warranty shall cover defective materials and
workmanship.
B. Manufacturer's standard warranty to apply and include one year
total parts and labor warranty after satisfactory acceptance of the
vehicle.
C. The vendor will be responsible for providing all warranty work
within twenty-five driveable miles from 72"d & Dodge. If
warranty work is not available within the above described, the
vendor will be responsible for any cost including
transportation.
•
Interchange System Dump Body
5
Spreader& Hyd. System B-2 Street
Page 6 of 6
D. The vendor must be able to provide warranty work within 24
hours of break down. If there is no local dealer the vendor
must locate and/or provide the work within the 24-hour time
frame.
E. The vendor must be able to provide needed parts within 24
hours of break down. If shipping by air is needed, the dealer will be
responsible for any additional cost.
F. If no local dealer the vendor is to state how they will provide parts and
timetable. This information must be included in bid.
Other or Comment
Yes No Other 13. DELIVERY
A. The completed units shall be delivered to the Fleet
Management Division,2606 North 26th Street.
Other or Comment
2004 Interchange System Dump Body Spreader&Hyd.System B-2 Street
6
Ladder
2 ladders Required •
1 b" --- - -
•
Hinge
2 9"
•
To be 1" square tubing
•
mac-_ }+�
Y'�Y' 1:;•2 Z. I�OAu��
��t�'v_�i� "i -'c•� :a.�i:IL'� 4 S I~.L. ♦��'��� �i`.�: ;, r.��_f'..:...•a�v_.•e.�i2-iJ • �:'-`•?afi z..
February 2004
B=4
•
SPECIFICATIONS
FOR ,,
HYDRAULIC REVERSIBLE
TRIP-BLADE SNOW PLOWS 10 FOOT
(Truck Mounted)
GENERAL: PLOW
Truck mounted snow plows to be heavy duty all steel constructed, hydraulic reversible type with
full moldboard trip, to be the latest current model of standard design. Bidders are to supply full
description and descriptive materials on units bid with the proposal.
Yes No Other 1. TYPE —INTERGERAL SHIELD
A. These specifications are for snow plow moldboard assemblies
with hydraulic reversing push frames only, designed to fit
present City of Omaha truck mounted push frames and lifting
mechanisms. Delete caster wheels and skid shoes. No dealer
decals.
Other or Comment
Yes No Other 2. MOLDBOARD
A. Type: Intergeral Shield
�- B. Length: 10 foot
C. Height: 36 inch minimum, 38 inch maximum
D. Thickness: 7 gauge minimum
E. Curvature: 23 degrees minimum, 24 degrees maximum
F. Weight: 1450 lbs. minimum weight of reversing push
frame, moldboard with two 1/2" x 8" x 10'
cutting edge.
G. Braces: Minimum of five(5) vertical braces, full
length top and bottom bracing.
H. Cutting Edges: One piece 1/2" x 8" x 10' cutting edge with
Cor.P���s._. `��� Si standard AASHO punching. To be bolted
on. To have two (2) cutting edges installed.
I. Trip: Spring loaded adjustable, full moldboard trip
minimum. Minimum of four (4) trip
springs.
>c J. Lifting Device: Lifting cable arrangement to be same as
presently being used on City of Omaha
snow plows. Lifting cable 1/2" x 8', 6 x 19,
i.w.r.c. Cable must be able to adjust if
needed. Must also include City of Omaha
. sheeve type Roller.
K. Plow Guides: Install.
1
Specifications for Hydraulic
Reversible Trip-Blade Snow Plows
(Truck Mounted)
Page2of3 '.
,
Other or Comment
Yes No Other 3. REVERSIBLE PUSH FRAME 1
A. Reversing push frames on new snow plows shall fit present
City of Omaha front truck mounted push frames. It shall be the
responsibility of the successful bidder for delivering of snow
plows as per specifications that will mount to present City of
Omaha truck mounted push frames.
See attached drawing for minimum requirements for snow
plow push frame hookup.
Yes No Other 4. HYDRUALIC REVERSING SYSTEM
A. Hydraulic reversing system shall be equal to system presently
used of City of Omaha snow plows complete with hydraulic
cylinders, hoses, cushion valve and quick couplers.
B. Hydraulic quick couplers shall be interchangeable with quick
couplers 3/8 Aero Quip, Male#5602*6-65,Female#5601-6-65.
_ C. To have "Bulldog" style jack to make Plows ready to hookup
to truck when not in use. The jacks are to be adjustable and
removable.
Other or Comment
Yes No Other 5. MOUNTING
_ A. Mounting of snow plows shall be by the successful bidder
locally, cost of which shall not be paid directly but shall be
considered incidental to bid price. Units shall be mounted
within ten (10) days from delivery date.
___X__ B. All bolts to be heat treated grade eight (8) minimum.
_ C. All bolts used for manufacture and mounting shall meet S.A.E.
J 429 specifications.
Other or Comment
Yes No Other 6. PAINT
A. Snow plows shall be primed with two coats of zinc chromate
primer and shall be painted Dupont Orange #83-876-DH.
Other or Comment
2
r .
Specifications for Hydraulic
Reversible Trip-Blade Snow Plows
(Truck Mounted)
Page 3 of 3 '
Yes No Other 7. PARTS LIST
A. Two (2) copies of parts list on all components of snow plows
shall be provided with each unit.
Other or Comment
Yes No Other 8. WARRANTY
A. Manufacturer's standard warranty to apply and to include one
year total parts and labor warranty after satisfactory acceptance
of the vehicle.
B. The manufacturer's standard warranty shall apply and shall be
in effect for one year from date of satisfactory delivery.
C. Regular manufacturer's standard warranty, manufacturer's
statement of origin, and completed pre-delivery inspection
certificates required with each unit delivered.
D. The manufacturer's standard warranty shall be stated in the bid.
E. The vendor will be responsible for providing all warranty work
within twenty-five driveable miles from 72nd &Dodge. If
warranty work is not available within the above described, the
vendor will be responsible for any cost including
transportation.
F. The vendor must be able to provide warranty work within 24
hours of break down. If there is no local dealer the vendor
must locate and or provide the work within the 24-hour time
frame.
G. The vendor must be able to provide needed parts within 24
hours of break down. If shipping by air is needed, the dealer
will be responsible for any additional cost.
Other or Comment
Yes No Other 9. DELIVERY
A. Unit to be delivered to the City of Omaha, Fleet
Management Facility, 2606 North 26th Street, fully serviced to
recommended new vehicle specifications. If the vendor is not
in the City of Omaha area, the City will not be responsible for
any cost from pickup or the delivery of any vehicle or mounted
equipment.
Other or Comment
Bidder shall state delivery time with bid. Bid will not be considered if not listed.
2004 Trip Blade Snow Plow 10 ft.Street,Swap
3
. .
r Imo- O= > I • P
11
• • - 1 d
�• - -
. I
J
' - . . C-'
• ` Z •
6t •
t4,
- C. 1 414%. oipiLii.
b
- i1 II' r' J
it‘
Y `
' .
, 1
• A
- Milk. • . .... ....,.. .,.
*- --\\., -t,-
....... ,.... ,..... _
,-- .
.,,
____ ,, ..,
‘\\ b �
i .4'• if .. 1 . . .
if .
. ..... ,
. .
• . . .
. . .
.• .... • _ .
. . .
. •
. . .
. , .
. . . •
....
. .
. . . • .
. : •
• • • ...Q. . .
• . • .
. . .
. . • .
• .
. .
• •
. .
. •
_ .
. • .
• :
• .
. . .
. . . , .• .
• •
. •.. .. e,
cLe-s) ...
•
. .• .
. .
-L-4/. -
.. •.
.• . .
.. .
. ,0.•
. . ..,
. .,
.. 6._...,
..
. • .
, , . . .
- \\,- ' ........ . . .
. .
••
.. .
. .
.• ..
. '... .
. .
. .
. .• . .
.....-.
. .
. . .. .
.....) .. .
. •
. .•
cl) 1 - .
ivzi I' t
• 1, ,• . [ / . ,,;,,,,. •
zQ1
• • ,;' '�-
1
.
' a
•
1 I
February 2004
B-3
SPECIFICATIONS
FOR
INTERCHANGE SYSTEM
DUMP BODY/HOPPER/SPREADER
AND HYDRAULIC
GENERAL: SPREADER
The vehicle to be the latest current model of standard design manufactured, complete with all
standard equipment,tools and warranty. Bidders are to supply full description and descriptive
materials on unit bid with the proposal. Truck must comply with current provisions of the
National Traffic and Motor Vehicle Safety Act.
Meet Specification-Please indicate -(if other explain on comment line).
Yes No Other 1. HOPPER
_ X Z q A. 78" top inside width.
B. 50" side,height.
C. Body sides slope 45 degrees for easy flow of material.
X 1 L A D. Sides, ends, and long sills are 10 ga.
,9-3 o E. Body ends (front&rear) are sloped 18 degrees with inside
21/4", I yg welds continuous top to bottom.
.,,... ;- Top edge of sides and ends are formed"J"channel
1-5/8" x 3/4".
1 Z& A G. Side supports are 10 ga. with 90-degree edges for strength.
X_ H. Bottom edge of sill is flanged 90 degees and rests on
cross members of 1-1/2" x 3" channel iron(4.1 lbs./ft)x
39" long.
jJ f4 I. Body floor is 7 ga.bolt in replaceable.Floor has rollover
lips front &rear with belt type wiper under rear rollover.
Floor extends 13-1/2"beyond feedgate.
G J. Chain shields are 10 ga. bolt in replaceable.
K. Feedgate is 10 ga. 10"x 18" with adjustable screwjack
control and ruler for accurate control of material.
L. Feedgate tracks are 1/4" x 1-1/2" formed angle each side
with 1/4" x 1" spacer and bolted on hopper.
M. All hardware is zinc plated
N. Four(4) lift hooks, one at each corner, are 1/4" x 2" formed
steel plate.
Other or Comment
1
Interchange System Dump Body
Hopper, Spreader& Hyd. B-3 Street
Page 2 of 7
Yes No Other 2. CONVEYOR DRAG CHAIN
A. 24" wide all steel, spring loaded,pintle type chain.
Consists of two (2) heavy duty strands of formed, heat
treated alloy steel with a tensile strength of 21,000 lbs. per
strand.
41
fi ...K B. Cross bars are 1/2" x 1-1/2"x 19-5/8" spaced on 4-1/2"
centers.
ac C. Pins are 7/16" diameter. Chain pitch is 2-1/4"
D. Sprockets are 7-9/16" dia., 8 tooth self-cleaning,cast iron
E. Drive shaft is 1-1/2" dia. C.R. Alloy steel with a tensile
strength of 102,000 lbs/in.
F. Idler shaft is 1-1/2" dia. counterbored with grease fittings
for lubrication; tensile strength of 75,000 to 85,000 lbs./in.
_ G. Two (2) spring-loaded 5/8"zinc plated chain adjusters
w/3" min. thread travel to minimize shock and provide
proper chain tension
Other or Comment
Yes No Other 3. CONVEYOR GEARCASE ASSEMBLY
A. Hi-tensile cast iron housing, oil tight with breather and oil
level plug.
B. 50:1 reduction worm gear. Steel worm is hardened and
ground.
C. Gear is aluminum bronze with tensile strength of 90,000
lbs.
D. Application rate electronic sensor to be built into hydraulic
drive motor.
E. Output bearing is tapered roller type.
F. Hydraulic motor is direct mounted to gear case.
G. Motor is a"Char-Lynn gerotor type H series (#101-1035),
5.9 cir. maximum speed of 674 rpm @ 15 gpm 1350 in.
peak/lbs. of torque, and rated at 11.4 hp.
Other or Comment
Yes No Other 4. SPINNER CHUTE
A. 10 ga. stainless steel one(1) piece totally enclosed for dump
body or body mount as specified.
B. Two (2) internal baffles are "slide rod" adjustable for
control of material placement onto the spinner.
2
z
Interchange System Dump Body
Hopper, Spreader& Hyd. B-3 Street \
' Page 3 of 7
Yes No Other
XC. Four(4) sectional deflectors with overlapping corners are
"rod& clip pin" adjustable for complete control of spread
direction and chassis undercarriage protection.
D. Both deflectors and baffles are hand adjustable without
tools.
_C_ E. Spread range is 4'to 40'.
_ F. Dump body chute extends 34" below sills.
G. Frame mount chute extends 21" below sills.
H. To have a fold up chute to be operated by a manual
winch so that one person can raise and lower
the chute with ease.
I. To Gussett chute at stress points when raising or lowering
with winch.
Other or Comment 1
Yes No Other 5. SPINNER ASSEMBLY
A. 10 ga. 20" dia. disc with replaceable machined steel hub.
__ B. Six (6) 10 ga. 409 Stainless Steel bolt-on-replaceable"G"
shaped fine.
x C. Hydraulic motor mounts directly to the top of spinner disc
(1" motor output shaft).
- D. Motor is a Char-Lynn gerotor type H series (#101-1323)
2.8 cir. maximum speed of 1068 rpm @ 7 gpm, 735 in.
peak/lbs. of torque and rated at 9.3 h.p.
Other or Comment
Yes No Other 6. PAINTING
A. Painting only on material,not on stainless steel.
B. To be City of Omaha Orange.
C. Note: Solvent test must be performed to check integrity
of primer coat from the factory. Take a lacquer thinner
k o pA-"-i- . y S.S . soaked rag and rub the primer. If the primer is softened or
removed, follow guidelines established with system A. If
1170z5,,`1.- 1 the primer is okay follow the guidelines established with
system B.
3
J
Interchange System Dump Body
Hopper, Spreader&Hyd. B-3 Street
Page4of7
Yes No Other 6a. SYSTEM A:
1. Remove factory primer to bare substrate.
2. Treat bare substrate with Sherwin-Williams E2-
G973 Vinyl Wash Primer. A minimum of.4 mils
is required.
3. Prime the entire unit with Sherwin-Williams PSE-
4600 epoxy sealer, a dry film thickness of 2.0-2.5
mile is required. Topcoat no sooner than 30
minutes and no later than 24 hours.
4. Topcoat with Sherwin-Williams Low VOC
Sunfire*. Spray to match vehicle and have a
minimum 2.0-2.5 mils dry film thickness.
5. The entire system should have a minimum of 4.4
dry film thickness.
6b. SYSTEM B:
1. Scuff sand factory primer with a 3M-7447 scuff
pad or 320 grit sandpaper.
2. Blow off and solvent clean with Sherwin-
Williams W5K157* Low VOC. Solvent cleaner.
3. Seal the entire unit with Sherwin-Williams PSE-
4600 epoxy sealer, a dry film thickness of 2.0-2.5
mile is required. Topcoat no sooner than 30
minutes and no later than 24 hours.
4. Topcoat with Sherwin-Williams Low VOC
Sunfire*. Spray to match vehicle and have a
minimum 2.0-2.5 mils dry film thickness.
The entire system should have a minimum of 4.4
dry film thickness.
*Follow guidelines outlined by the manufacturers Technical Product Data Sheets.
Other or Comment
Yes No Other 7. ADDITIONAL REQUIREMENTS
A. A "V" shaped 10 ga. stainless section installed over
conveyor chain. Keeps weight off chain and helps prevent
material compaction which can make it difficult to start chain
movement. Bolts to body sides & adjustable in height,installed
at factory.
4
N.
Interchange System Dump Body
Hopper, Spreader &Hyd. B-3 Street
Page 5 of 7
Yes No Other
B. To have recessed strobe lights on the rear of the Hopper. Both
sides to be rubber mounted and keyed switched in the cab to have
one blue and one amber lens. To be 6' oval and 2"deep.
To be a Federal Signal Corporation Signal Tech Led
607101-02 Amber and 607101-3 Blue or approved
equal. Shall include two box strobe lights,one(1) 360 degree
Strobe light,one(1)—switch assembly. To include all wiring
and installation.
C. Shall also include in rear strobe package, a 360-degree amber
strobe light to be mounted on the rear of the Hopper.
The switch to control shall be installed in the spreader
control console. Shall use same plug as Dump Box Wiring.
(Weather pack)
Other or Comment
Yes No Other 8. TELESCOPIC CHUTE
A. Chute that is adjustable from 38" extended to 26"
compressed below mounting surface in four(4)-3"
increments (total of 12" adjustment).
Other or Comment
Yes No Other 9. CHAIN OILER AND CAPACITY
k A. One gallon tank. Petlock Adjustment with plastic tubing.
Gravity feed to be mounted at rear of spreader for easy
access to fill and operate.
B. Inside body length, 10 feet.
_ C. Overall length, 132"
(excluding chute) (3353mm)
S.1- D. Struck Capacity, 5.40 YD, (4.13 CM)
(� z E. Heaped Capacity, 6.70 YD, (5.12 CM)
Other or Comment
Yes No Other 10. WELDING
A. No skip welding, all joints and seams to be fully welded.
• No skip welding allowed on any part of these units.
Other or Comment
5
Interchange System Dump Body
Hopper, Spreader& Hyd. B-3 Street
Page6of7
Yes No Other 11. ADDITIONAL
A. The successful bidder to supply the spreader with drip-
less hydraulic quick couplers on all hydraulic fittings.All
hoses and fittings to be"pipe-thread"that we currently use.
B. To supply, install, and paint ladder as per print. The
measurements are just approximate.
C. To be on A-Frame to load and unload from Interchange
System.
Other or Comment
Yes No Other 12. SPREADER HOPPER
X A. Spreader to be stainless steel.
Other or Comment •
Yes No Other 13. PRE-WASH SYSTEM
A. To provide and install liquid. Pre-wet injecting system
vendor to supply pump tubing all related items. Must be
capable of carrying a minimum of 125 Gallons of liquids.
B. The system must be able to read ground speed and be
regulated by vendor supplied control system for 5cy
spreader.
C. Bidder is to list all items they are supplying.
Other or Comment VActicd, (.,OS -t b i5v —`"t- 7.S item..• QJ•A_ 1)
EZR2.c P"f-..P
Yes No Other 14. WARRANTY
A. The vendor must be able to provide warranty work within
24 hours of the break down. If there is no local dealer,
the vendor must locate and/or provide the work within
the 24-hour time frame.
B. The vendor must be able to provide needed parts within
24 hours of break down. If shipping by air is needed,the
dealer will be responsible for any additional cost.
C. Manufacturer's standard warranty to apply and to include
• one year total parts and labors warranty after satisfactory
acceptance of the vehicle.
D. The vendor will be responsible for providing all warranty
6
� 1
Interchange System Dump Body ,,
Hopper, Spreader&Hyd. B-3 Street
Page7of7
work within twenty-five driveable miles from 72nd &Dodge.
If warranty work is not available within the above described, the
vendor will be responsible for any cost including transportation.
Other or Comment
Yes No Other 15. DELIVERY
A. Unit to be delivered to the City of Omaha,Fleet
Management Facility, 2606 North 26th Street, fully
serviced to recommended new vehicle specifications. If
the vendor is not in the City of Omaha area,the City will
not be responsible for any cost from pickup or the
delivery of any vehicle or mounted equipment.
Other or Comment
2004 Interchange System Dump Body,Hopper,Spreader&Hyd.B-3 Street
•
7
V
ti • M
/100
Exp.A.A.). ded
Y1"l e`k- top
y r
A , '
\!),
e 4.
c u-cie
mhf.� 0p
oq
Fd 0 /co c9„
ax x 34 -- lbe F
jc)40 dA
) 0 Cy\ eX
of, -top ►d 4 Z. `y(
4. i EXCEPTIONS TO SPECIFICATIONS
Check One
The equipment offered meets all specifications as set forth in the bid. •
Name (print)
• Sinned
Title
The equipment offered meets all specifications with the following exceptions:
(Use separate ap ched sp et if more.room is needed.)
t O S10-es ��U�S .4- S•li • +0 iyz /2.
6.4
• ...I . iL,ct (O
1. 6, i764
1.5. tZ 60 -1---o,.,.< <,t eLcNo.
2 6 3A eitt. s �s�w2s
6- Li
Y r/
Failure to list exceptions may be cause for equipment to be rejected at time of deliver/
Name (print)
Signed
• Title S c �
•
p • • .
4:4- "1' • .
' •
. .
,..
t .
1 •
•-
-.-;?'7":".;.:-:;.;;',-;:i•P'-'1''...';I::4,i;riSii`:4 ,.4.''.1:,':„.,7Cf.i•!:!:7,_'1.:-'..'''''''''--- --- . e'''''-,-::.,„„_-,-.t.;-=Z-4,-,W0 - :.:';'k.-;--.-,--41..-..:t,_,-.,45--4t--_----J:,-
...f..".".•;5 '-.:).---:-:,..t.(`'.;..-;.'":-.4k;',...;-cz*:',:f'.;53:Z ..-:. . .'' 1 2-:*--7--"';--'---V-*":",''-.;-5-'''''-xl''''''''''---:-----'4!--4-'- '
FEE 9 --,4,,4,*.x,;,,,,i.. mq:.-_,-7--)kbpri-043 0 6-31
m-h-, -- -, '-----‘4.5. -_-4-.- t
-:::-.,.:,'-‘e".-.7.:',_:::-;.,....-1-;'-...;z_reiSR.ki .-.,,,...7-.,-.,,,,,,,':.-. ...,, --:.,..tir!--=...,...i.:,,:.,:- r -.r4-.,---,--,,,I 4-, ' .,„,:,_, .--,---,-._'_,-_.;-_-_--1.-._,7!-.-" ,,,,,,-,:•.-rz.
.1'...4 :::....i,i,4•,; '?-2.'::1.:'. .t,';,_1,54k.n.4.-:&V,;.-.-;',', .fi' :?:j'I.J-,..'.;,.W---M..:. j..', t4::,,_1.'''-..-a-`-',:;;, .,%,:r:.i•Z 7..,:-4----V: .
..'..7'"',:•;''',7.1.':'.,Y,`-L55:7'.4-7;.;:q*Z1,-t.-'tr).4..r41...;.. ..'1--,i'.4.';''';'.:':' ..--;.-:',..-:-, ---i-;--,..-1- -----: :"1:"7.- ----;;-.- --,--.:.7,-----------. ,.,:-;;;I.,,„' ,.-1----._ sr,
,i..-.':.:. .1,;.i..I. ---',-.- ''.--,::"."3. .,.,....",>.•_:.,v-A:-- •-'•-.• '-,''- -- • - •----,-': ----;. :.„--,-..--t.,,,.w...,.'----i. ----..-,------ '-1.'7.i .
STATE OF NEBRASIVO:re-,',-'''
.,
• MOTOR VEHICLE INDUSTRY LICENSING BOARD -
'• ,i-_:,,,, -...-,,;-2,-_-,-,..z.‘,,,
MOTOR VEHICLE/TRAILER DEALER ...'=!..:.':.:•,-,:',."'?,-..'4.44Z .
•
•,,I.,•'-'•.:":i.--•4-:=-1:•_:-•'.--4•-• :-.:J .,! -.....-',7'....,Z..,,--14"?.,t4Sc
.,•,-.. i,!.,',,..,...•,.".1•••*::4• 7r LICENSE
:::.,-': .''',...:,,.'...'•7‘..''''-';'‘,:":.-'." .'''''.: ,:... .. :-• ' l'' ..-..-,;. •'.-' ,---.t..:.,;..*..s.'.*:,.. 'I";..--.1::-•:=:::•::'•:!`..,F,4;.4,L .,:
%':'.'-',tc -'.'..'.a's -- -,...;,%.,4%-*,,,,- .r?';'..-'1 s- •',,,,v:'.`, ','.?,4 •• • •••"t-''':-•,..-*'-, c., '•.'"".:•.,,Lj;"::::::,..,-.,-V.,...4:••::-:•:,1,,,,1°,4.,.,,-c,,,,,•..
''''' ''''N41-k;•?:'isA":-/44,*4"r^WILLIAM:S:-:JACaSON EXECUTIV5DIRECTOR:t4,>•?.,i'-,,•,-•.;_,--: `...‘..:...;,",',.•ieillk.b-i,:
---------- ' k'11E13etiktKki Mot OFfAil f oitiNDUStR1?LICENSING BOARD DO'HEREV:CERTIFY:',Iiii,,,I
.:4,:::,--...4.▪ 4101.7,,.,..5.---,..,...,-,,,,iAiL,; 41..,r0,,-,... ,;.,-,.?1,*.e,-,.:;:v.-!.,A, ,.:,.....,;::-.1:.::...),A.,.;,.;::?:i.:.;,•;;1.-4-1.,:,-• ,....v.x4tt..-7,,:;.,,...;.,:r.y.,:,:c,,,i1,....,..f.,(,,r,i,
I,-,---i, ir.:_;..44,4,,,:,:,.:''t ' 1-11A-1- --.',V.,.-:0:-.,...':....f.Z.,:v....,,,,:i'lf;;;If.:4;„;•,?..,.-...:,,i.:-..,::;',...i.e..-;;:vtik
,t4 , ..„ -.,..,..,..4. ,..,!:.. .......--,.,,,, ,,,t;.!--.--•-v,..,,-
riLYPCIC,E;Se SONS74UNCT'..?2:D/: A•;ALL.':.TRUCK-.EQUIPMENT
...1 . <ifITHPRINCIPAL'.: PLACE.:0 7.4111.:US INES S. LOCATED.'..AT.--.'::•:6!.?:•;'-:-•_
'.--•:;;;:=" -8.52 9-.'-.;WIR.T:.YSTREET;.-- 0 • -•• NEBRASKA:..:::.:-68 13 42.-;:z.'.,'. 4,,..!ii, ,
......1,....-.,..,:.:.,..;t:: :-.7..i.r.,..,:--,,%:.tz,,,,,'“'......., ,-::,.. '.. - ._ill! ll •.1-,:s:::::/:,.;4:4"`r.,"-,','?. .z,f1,',..;..,ii,:::-..f:'..r:."e,-..:,:',:.:fV„tf.:;',',,%.::;:s:-. .
. .,,,,,,,,, . ---77..,,::44.0‘ ;Wei,!.:.V.i!,, 1;r4i1,I•S.'. •,- .y7.:,..a:'.,,,..;,..'k141,..:::.',',',414.4'.-:.-:.e.r,','Tt'Z',.. '; 1
S'Ar'''''‘.':',..1,..:''''W'''' ''.'''''''VA'I'. ''''.."'4.4,i''' 4,1114.1: .1.,f :',$ •..j'A.,:td.'"Ag r.. ...-4;414,-..;'..'..5..,-,,II a.„;\
itv.:....• ,1:....:;_g* • ...„..,„, ..--iteg„wi ••••:I1I ,. ;&J...,,, ,:e.
1 ie ,,i4°%''',1..4q,•'.>,,,,r-Am:.,3,,..,....,,,
.- 1,1*''',.4..."4'''''''-..--'',i,V.0'-
i? .44,1"T.,:,^.',: '-.,,,'..,,,,,,,,,„4.,fu.,itt-....-,,_,,,:;,v:71 v ,,,Fr-,,--•,..5?3.0-Y,-1....--;tge''',,,'---A,'s.i.,•-,-,-.4,'
--,-g-w,--...7---,4-li:_w.,*0_,.., -,.•-mq- ;,,..,--&,--,,,,i I, -, '.0.--?..,:--. ...,::,,F,.).+,....„,,,,,,..:-.,. .tgf....1.: ...._.-
-, V . . q.,,..z,,g•kr -.--.-t-.-• ".--:,.. .Ti,17':'
,:'.. 4',i4-'.W.•.!••-:.:::-1/4W.-t4;• -•,-51;";::-': .THOMA: i CK ';,--: '''.4.',,t4g,:...,:•,.•;,- P;;Tf::',2S.Y44tt:•••-,T-
. .,.,.-_ _• . . .. ,. ,...! .... ,_.. 1. .
, • ;.."---7-.7.-:'''..-:FREE•_:-.,,,,••-•-77,-4-704L.•:biz rel...•••-•:,.•.:-. .- .r...-,.,...'•,f.---(.-.. ...--•-•:-•i-:.,-T.--•
..,:•-•--:•:-:•-..„..../.11,., ''''''''/-'.4,..:;
_,..,^:f.:.:,•i'',,•:,.:;&:.;_,._,,,IT r-7;i:1 ,•••'.
tli! i j Z?. I .111 III I 1 Rill-,-'4;f:!;'...1-::::q:WI:ii
7'. ..gi?f,I4r.t
4! ..- :,4,e.;•• -r. ,..., .. , .....-„_:.r.,-,. ...;.'"!..'..r.r..it
.s;:. ...::',-:::-..:..,':.'.:'::::'..:".`=::.:.:":'-',:e71.-:-."-^?• -. • -- -.• - '. --,'..--, '..L.'-',-;-....,',..'':::,''''------,7--.....:,.;-:,,;i',”'4',.,..- .
1S DULY LICENSED TaiENGAGEINJHE ACTIVITIES AS INDICATED ABOVE IN .
ACCORDANCEWITH CHAPTER 60;',.ARTICLE 14,R.R:Sf_1943 :AS.-AMENDED- t
liS.JECTTOiTHELIMITATIONS IMPOSED'BY,LAW DURING THE.CALENDAR -
AEAFFOF 2.004%P.---i ;::ris ---..,vV:,4:;.::`.i...;-
--- -
..,-. 1---*Z$6."-:.L:- "41.1 --if-j-iitiY ---.- •-•2:-.'iiY.V--,-•:.: ';:t-, -,i'.-k.'''.;,-, ."-i'4 ,,,-;.'..''.. ,Ei0',,•-..
- ..• .-,F,-...-...-:-:7 -,...,,.- .,..,'.--...,;...-;,..-..._..- . . .• ... .'.....-:,.-,),:...:. .. ,... ,.!-...:',...,---;. 7;J-4...,7"::::.•:...,,„..:ri,!.1.,;:.,..,;.g.%
--..-- '...';...'. . -,;,-.,!•c, :2,;,,:-.. ,-.r.t.-116. ...=.r4:11-54:71,,,,,, :,.-.:.4*:-i-:4'="
.. .„. .. .,.....••••\‘.4,.7c.'•..-' . : .1.:` '''''''''1.. *'?,',..r.:.''', -;3' "'.'-:.:7-fr.:;,1---'1'q,•,t1•;,-7.,,,:e.,,,,,....,-'''-'.';..t..5':".'
- 7-4".,'"` -..,''',':1'. "..'",..- - -.':"`.7,' "=':.''",:,•*,,•'!".,'•';•,c''''"-2:0..?•.••''':
.; . ..".' tkOUSTRy 1. • ••, : • ••
'''':7•:*":-?.:•'•:,•'':",-+'-i•,• •••••"1.."4. •:::•••,,,,:::,,,,:...:4-V.::,,....,•••:".•'
,, . ., • ,
•• ... .\ ....... /,,I. •' - ''"-7' i... .... 72:::' !'1"'''.- S'" '• ''''.
.. •. ,::„
.... ,._ •• * •••((‘'? '..,::: ,1 ....••' .:', '::.',:;:. "•-".•' :-.. .•••......• n:•,Y-.1.:.••1 I:- :."-.''•-
0 %It.,••
•"• 6'9-X" • .• tr...,„) IA .'!•,.,,
• . : 0 0 _--, •. ..-.•.er.::,..:,....:-..-,-,,7,,:.
. 0 cc ••N E BR ASKA: co . .... .., ..,,.•.. •.-.. : .-...z. :-. "., ', ---•.--,,.4,4,
i a • .,,, . :-.:-. -. •, -;.:::'..:.,... -.: :::-..'?T;',•?-:::.:
' t r- •• : 0 0 .
so . • ..'
i 1. • - * .* -2>.: . . ,„ :
•• p - . EXECUTIVE DIRECTOR:-: ---,:-:-.: -t7k,ici •
I e........• __ ':,.:'—''. ' -:
_,1 I,1v S 11
s -
,
---;-' . %s'•‘......., _1 -' , • . • . :•;-•%,,7
. '
-. .
'C. -!-:-, ;:''';`-:;:,-:-=','..:. '. • „ -,: . ,
• . THIS.LICENSE MUST BE PROMINENTLY DISPLAYED 0 3 3 7 4-
....,,
. __ ,
•
1 , i'
'
.7
, i STELLARSHUITLE
4.•
..1„
,___.:L...._, /, . c.)
' rm. , .-, .
Cla
tittmai .., . i ., ,
:.,.. 4,,,,,:,4,ti, I, Iiiitr....„, . ..:-7..- /
. - -
• .:...' -.- . 4 ,
416
I )1 . •I "-
IIIIIII\ 4.,f, NIIIIJ .
Ideal for municipal and street maintenance " '.`:•4 - - It
..
applications, the 96-10-24 can load, haul and ,. . '' .
dump container lengths ranging from 10' to 14' '�"' -* + - • ; . aC .
weighing up to 24,000 pounds. Standard dump i- .- .,• 7 ,u' ;�, ;�4
angle is 54 degrees. Stellar Shuttle Hook Lift 4 • ) ! r' ,. "
Systems are designed with your safety in mind. .. .� i.''„ - ;.` +
One truck operator can load and unload or 1 - _ - r°-` ` =�
change truck beds in less than a one minute cycle =1111 t ( sib,; t 0
"without leaving the cab of the truck. In addition, -.', 0 - -
all controls for the Stellar Shuttle are mounted in _
the truck cab for safety and ease of operation. III•
Above: Stellar Model 96-10-24. This particular body
As with all Stellar hook lift loaders, simplicity of incorporates a knuckleboom crane which runs off the
Shuttle's hydraulic system. I
design and operation are a top priority. All our
loaders feature permanently lubricated latches are used to prevent accidental _
greaseless bushings, our patented dump/load detachment of the body while rugged rear body
interlock system, and an efficient low flow/high tie-downs insure body stability when in transit. 4::::11
pressure hydraulic system. Gravity type safety Only Stellar hook lifts provide a full length dump
frame with front saddles to support the body CZ)
-F � • during the dump mode. These are just a few of
-. .,. ' i the standard features incorporated into every
7 ",
•.,i' Stellar hook lift loader. C:5
LW. _" '�" -�ti�' —_ �'_ At Stellar Industries, we work hard to give you a MN
- _+ `` e__c y' `" Shuttle System that offers versatility while cutting
VII
costs and maintenance. At Stellar Industries, we
/4 N are committed to giving you the competitive edge.
.4 2,.. . _. ,
- .A' : Designed & Manufactured
in the U.S.A. cINI
The Stellar Shuttle's user friendly design and versatility .
make it the leading hook lift loader made in America.
I
C-25A CITY OF OMAHA
LEGISLATIVE CHAMBER
Omaha,Nebraska
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
WHEREAS, bids were received on April 21, 2004 for the purchase of 3
interchange systems, dump bodies, hopper spreaders, plows and hydraulic systems to be utilized
by the Street Maintenance Division; and,
WHEREAS, All Truck Equipment submitted a bid of $158,508.00, being the
lowest and best bid received within the bid specifications for the purchase of a dump body and
hydraulics system with a reversible trip-blade snow plow.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE
CITY OF OMAHA:
THAT, the bid of$158,508.00, from All Truck Equipment, for the purchase of 3
interchange systems, dump bodies, hopper spreaders, plows and hydraulic systems to be utilized
by the Street Maintenance Division, a copy of the bid documents is attached and by this
reference made a part hereof, being the lowest and best bid received within the bid specifications
be accepted and the Purchase Order be issued.
BE IT FURTHER RESOLVED:
THAT, the Purchasing Agent be authorized to issue a Purchase Order to All
Truck Equipment for the purchase of 3 interchange systems, dump bodies, hopper spreaders,
plows and hydraulic systems.
BE IT ALSO FURTHER RESOLVED:
THAT, the Finance Department is authorized to pay the cost for the purchase of 3
interchange systems, dump bodies, hopper spreaders, plows and hydraulic systems from Street
Maintenance Organization 116157, Street and Highway Allocation Fund 12131, year 2004
expenditure.
P:\PW2\2180sap.doc APPROVED AS TO FORM:
- 4W -- ..-g
I.
/ CITY ATTORNEY DATE
,'idi
By 'i1 7)(44184.
ifouncilmember
Adopted JUL 1 3 2004 '-v
City Clerk
Approved } ' - .. AO,/
• ayor
` a lubli
r 0
c0 � w o0 c "
O CD
O
C
0 Sy O t. O —
C G O �• p' CYQ
(7 v a
n
CD
J CD A v C Cr AD Yv O
•
•
Cd\
VJ